Transit
TransitFeature

Home » Who We Are » RFP/RFQ

RFP/RFQ

The Regional Transportation Authority occasionally seeks requests for proposals or requests for qualifications.

Request for Proposals – Sun Shuttle Fixed-Route and Sun Shuttle Dial-a-Ride Public Transportation – January 7, 2025

The Regional Transportation Authority of Pima County (RTA) seeks proposals from qualified entities, either singly or through a joint venture with others, to provide fixed route (Sun Shuttle) and paratransit (Sun Shuttle Dial-a-Ride) services in Pima County. The RTA reserves the right to negotiate the structure and pricing of the services during the bidding phase of this procurement.

The selected service provider will be expected to provide high-quality transit service while using regionally integrated fare collection technology and adhering to regionally adopted customer service, fare and rider policies.

This project will be managed by the RTA in coordination with other transit providers such as Sun Tran, Sun Van, and other human service agencies in the region.

The RTA is the fiscal manager of the funds that were approved by voters in a 20-year Regional Transportation Authority plan on May 16, 2006. The RTA oversees implementation of voter-approved projects, while member jurisdictions take the lead on constructing projects within their boundaries. Due to the regional nature of the services being provided in this solicitation, the RTA will manage this contract.

Questions regarding this RFP are to be submitted to the RTA in writing by email or fax to the attention of Roy Cuaron at (520) 620-6981(fax), or by email at rcuaron@pagregion.com. Questions will be accepted until 2:00 p.m. (local time) on January 24, 2025. Proposers are encouraged to submit their questions as early as possible to allow the RTA adequate time to prepare accurate and comprehensive responses. It is the responsibility of potential candidates to monitor the web postings to ensure they have all up-to-date information on the proposal requirements.

All proposals must be received by the RTA on or before 10:00 a.m. (local time) Friday, February 28, 2025. Ten copies shall be delivered to Pima Association of Governments (PAG) 1 E. Broadway Blvd., Suite 401, Tucson, AZ 85701. Proposals will be opened at 10:00 a.m. The RTA reserves the right to disqualify any and all proposals not in accordance with the prescribed requirements of this RFP. The award of a contract for this project is anticipated to occur no later than June 1, 2025.

A complete RFP packet may be obtained below or at PAG’s office noted above.

Questions

Click here to see questions and answers related to this RFP.
I was looking over the RFP, and I don’t see the details or timeline of the dates when all the steps are required to be completed.  Can you please provide this to me or point me in the right direction if I have missed it. 

The complete RFP packet can be found at www.rtamobility.com under the tab Who We Are, RFP/RFQ.

Is there a pre-proposal meeting scheduled for this procurement?
With questions are due January 24, do you have an estimate for when you will have them answered?

There is no pre-proposal meeting scheduled for this RFP.  Please refer to the RFP packet at www.rtamobility.com , Who We Are tab, for answers to your other question(s).

In order to have sufficient time to find a proper facility and outline the procurement of our proposed fleet, we respectfully request a proposal due date extension of additional four (4) weeks. In what format should we submit our other questions?

The due date for proposals to be submitted remains unchanged.  All proposals must be received by the RTA on or before 10:00 a.m. (local time) Friday, February 28, 2025.
 
There is no standard format for submitting questions.  However, questions regarding this RFP are to be submitted to the RTA in writing by email or fax to the attention of Roy Cuaron at (520) 620-6981(fax), or by email at rcuaron@pagregion.com.

Page 8, Section 1.3.2: This section states, “At some point during the contract, the RTA may ask the contractor to provide the scheduling and/or reservations for additional service areas.” Please confirm that in the event this would require additional staffing, the contractor would be able to request additional compensation.

The contractor can request additional compensation if there is more than a 10% increase or decrease in service hours for the current service levels within a contract year. Any changes in scope shall be documented by a written amendment executed by both parties.

Page 8, Section 1.3.2: This section states, “Mileage incurred while driving longer routes or while not transporting customers will not be reimbursed.” Please confirm that if a driver drops off a passenger, the mileage from that drop-off to the next pick-up is not reimbursable. Based on the charts in Appendix F, that does not appear to be how revenue hours are calculated as revenue miles and total miles appear to be very close.

Yes, the language in the RFP is correct.

Page 8, Section 1.3.2: This section states that there are six distinct Sun Shuttle Dial-a-Ride service areas the contractor will serve. However, section 1.4.2 on page 10 states that there are four distinct Sun Shuttle Dial-a-Ride service areas. Please confirm the number of distinct Sun Shuttle Dial-a-Ride service areas the contractor will serve.
a. What are these distinct Sun Shuttle Dial-a-Ride service areas?

There are 4 distinct general public dial-a-ride service areas in the region that any resident can use if they are traveling to and from a location within the service area boundary. There are 2 additional ADA paratransit dial-a-ride service areas that only ADA eligible riders can use.

a. Please see response to question related to Page 8, Section 1.3.2 directly above.

Page 13, Section 1.4.6: Please provide a copy of the current bus announcement plan in use today.

Current contract information not relevant to the new contract. New Contractor is required to build their own bus announcement plan.

Page 13, Section 1.4.7: Please confirm that the contractor is required to provide the reservations and scheduling software for the contract.

Yes, the RFP language is correct.

Page 13, Section 1.4.7: What reservations and scheduling software is in place today?

RideCo, the incumbent.

Page 13, Section 1.4.7: Is RTA satisfied with the current reservations and scheduling software and its capabilities?
a. If not, what additional capabilities does RTA want to see in the new contract term?

Yes, at this time. 

Page 15, Section 1.4.9: Who is sending warning/suspension letters to passengers for violations of the no show/cancellation policy?

The contractor sends the warning and suspension letters to passengers after reviewing with the RTA beforehand.

Page 18, Section 1.4.16: This section states, “Compliance with National Healthcare Initiatives is required and must be considered by the contractor in response to this RFP.” Please define which National Healthcare Initiatives the RFP is referring to.

This applies to any and all current or future federal mandates such as masking on public transportation initiatives during the recent pandemic.

Page 18, Section 1.4.16: This section outlines insurance requirements. However, there is another set of insurance requirements outlined in the sample contract in Appendix K (on page 128). These sections have differing minimum limits of liability (i.e., professional liability is listed as $0 on page 18 and $1M on page 128, general liability is listed as $5M on page 18 and $2M on page 128, auto liability is listed as $5M on page 18 and $1M on page 128, umbrella liability is listed on page 18 but not on page 128). Please confirm which section of the RFP has the correct insurance requirements.

Refer to Addendum 1.

Page 19, Section 1.4.17: Please confirm that the performance bond is solely for the first year of the contract only.

A performance bond is required for the duration of the contract.

Page 27, Section 1.8.1: This section indicates 23 provided vehicles. However, section 1.12.1 on page 40 indicates 25 vehicles and the fleet list on Appendix I shows 30 vehicles. Please clarify which vehicles are ultimately being provided.
a. Please also clarify that this vehicle count is sufficient to cover all Sun Shuttle and General Public Sun Shuttle Dial-a-Ride portions of the service and contractor will not need to supplement. 

There will be 25 vehicles provided. There are 5 vehicles in the Appendix I table that will be disposed of in the coming months.

a. At this time, this is a sufficient amount of vehicles needed to provide service to both the fixed route and general public dial-a-ride services.

Page 32, Section 1.9.4: On average, how many RTA brochures does the contractor mail out each month?

The RTA does not currently mail out brochures on a monthly basis.

Page 32, Section 1.9.7: What complaint management/tracking software is currently being used by the incumbent?

RideCo.

Page 32, Section 1.9.7: What are the complaint trends (type of complaints) currently being experienced for this service?

Complaint trends are not relevant to the current RFP proposal.

Page 34, Section 1.10.2: This section reads that the contractor is not responsible for environmental concerns prior to September 1, 2010. Why would this be the case?
a. Is the RTA or the County aware of any environmental concerns/issues related to any of the properties either currently used or formerly used that this service or any transportation service operates at or operated from? 

That is the effective date of RTA’s initiation of transit services. Neither the RTA nor its vendor(s) would be responsible for any events that may arise due to actions prior to that date.

a. There are currently no known concerns or issues related to any of the current properties.

Page 37, Section 1.11.3: Are all drivers who operate Sun Shuttle and Sun Shuttle Dial-a-Ride required to have a CDL with airbrake and passenger endorsement even if the vehicle does not meet CDL requirements?

Vendors are expected to uphold appropriate staffing levels including drivers with the required training, licenses, and certifications, as appropriate to meet the service demand regardless of vehicle type.

Page 37, Section 1.11.3: Please confirm what type (A, B, C) of CDL is required for drivers of Sun Shuttle and Sub Shuttle Dial-a-Ride.

Class C License – Large passenger vehicles and vehicles used to haul hazardous materials are covered by a Class C CDL. Class C licenses are required for vehicles that carry more than 16 passengers (including the driver).

Page 40, Section 1.12.1: This section states, “The contractor shall provide a video camera system for use on the vehicles for the purpose of monitoring safety.” What camera system is currently being used?

This information is considered proprietary to the current contractor.

Page 40, Section 1.12.1: This section states, “The contractor shall provide a system that can accurately monitor the on-time performance of the vehicles.” What system is currently monitoring the on-time performance of the vehicles?

TripShot/Swiftly.

Page 42, Section 1.12.3: This section states, “Fuel cards will be provided by the RTA for the fueling of all RTA owned vehicles.” Please clarify that the contractor would need to provide fuel cards for contractor -owned vehicles and that RTA is responsible for the cost.

The RTA shall provide fuel cards to the contractor. The RFP language is correct as written.

Page 43, Section 1.12.7: Will the awardee of the contract be able to inspect the fleet prior for repair/damage prior to acceptance?
a. Will the outgoing contractor be responsible for completing and paying for all repairs prior to the fleet transition to the new contract? 
b. Will the outgoing contractor be liable to the new contractor for any and all lost revenue as a result of repairing/replacing damage to RTA’s fleet?

Yes, for RTA vehicles.

a. To be determined on a case-by-case basis.

b. No.

Page 45, Section 1.12.15: Please describe Driver Shuttling in more detail.
a. How many drivers and routes requiring driver shuttling each day? 
b. Where do these shift changes occur?

Current contractor operational information is not relevant for this proposal.

Page 48, Section 1.13: What approved subcontractors are currently being used by the incumbent for fleet maintenance?

Current contractor information is not relevant to new contract. Contractor must use one or more subcontractors that can accommodate all riders, even those with wheelchairs and other mobility devices. Subcontracted trips should be used on a limited basis.

Page 49, Section 1.13.4: Will all RTA supplied vehicles be transferred to the new contractor with a current and valid DOT inspection sticker with all associated paperwork?

Yes.

Page 53, Section 1.13.10: Will all RTA supplied vehicles be transition to the new contractor with current and valid SMOG check with all associated paperwork?

Yes.

Page 54, Section 1.13.11: What vendor is currently being used to complete oil analysis?
a. Will the prior years of oil samples be provided to the new vendor for review/inspection?

Current contractor information related to vehicle maintenance is not relevant to the new contract.

Page 56, Section 1.13.17: Where does vehicle washing currently take place?

Current contractor information related to vehicle maintenance is not relevant to the new contract.

Page 68, Section 1.18.2: Will the new contractor be provided all existing and complete maintenance records on all RTA supplied vehicles?

Information on RTA provided vehicles will be available.

Page 76, Section 1.32.4: There are several references to the “Next BAFO Staffing Plan.”  Please clarify how those metrics relate to a new contractor?

As needed, selected finalist may be asked to provide a Best and Final Offer (BaFO).

Page 81, Appendix C – Pricing Page: Please provide a copy of the Pricing Page in Excel.

An Excel pricing spreadsheet will be provided.

Page 81, Appendix C – Pricing Page: Please clarify how pricing beyond year 3 will be determined.

Based on current economic conditions.

Page 81, Appendix C – Pricing Page: The appendix states regarding fuel, “DO NOT include costs for fixed route or dial-a-ride services that will utilize RTA provided vehicles; RTA will pay said costs directly.” If fuel for contractor-provided vehicles is also paid by RTA, would RTA prefer the contractor not to include those costs into their mileage rates?

Only include fuel costs in the mileage rates that the RTA will not pay for directly with the provided fuel cards.

Page 81, Appendix C – Pricing Page: Please clarify the statement “Insurance cost breakout to only include contractor owned assets.” Where should the contractor include insurance costs for the vehicles that RTA is to provide?

Refer to Addendum 1. RTA owned vehicles should also be included in total insurance costing for the pricing sheet.

Pages 151 and 152, Appendix L – Federal Clauses: Are proposers required to sign and return the two federal certifications included at the end of this Appendix (Certification/Restrictions on Lobbying and Government-Wide Debarment/Suspension)? These forms are not listed as part of the Proposer’s Checklist.

Yes.

Page 157, Appendix N – Proposer’s Checklist and Forms: Please confirm bidders may submit proposals solely via email, in lieu of the hard copy submission.
a. If the above is confirmed, please confirm proposals should be emailed to Roy Cuaron at rcuaron@pagregion.com.
b. If RTA will accept proposals electronically, are there any size limitations on emails received?
c. If bidders’ files are too large for the RTA to receive via email, would the RTA accept proposals via a Dropbox link or other similar method?

Refer to Addendum 1.

Page 157, Appendix N – Proposer’s Checklist and Forms: If RTA requires bidders to submit hard copies of their proposals (and will not solely accept proposals via email), please confirm how many copies are required. Appendix N states that one original and five bound copies are required. However, the web posting made on January 7, 2025 states that ten copies are required.
a. If ten copies are required, please confirm that this is one original and nine copies, for a total of ten copies submitted.

Refer to Addendum 1.

Will RTA please consider extending the deadline for submittal by two to four weeks from the date answers to questions are released to bidders? This will ensure all bidders have enough time to secure the required vehicles, facilities, etc.

No.

Please confirm who the incumbent is today.

Current incumbent is not relevant for RFP proposal.

How many vehicles are currently provided by the incumbent for ADA service?

This information is considered proprietary to the current contractor.

How many vehicles does the incumbent provide in total?
a. How many do they have in daily operation?

This information is considered proprietary to the current contractor. Please refer to 1.32.1 Vehicle Fleet Management and Dispatch.

How many non-revenue vehicles are currently provided by the incumbent for this service to be used as road supervisor vehicles?

This information is considered proprietary to the current contractor. Please refer to 1.32.1 Vehicle Fleet Management and Dispatch.

How many dispatchers are assigned to this service by the incumbent?

This information is considered proprietary to the current contractor.

How many reservationists are assigned to this service by the incumbent?

This information is considered proprietary to the current contractor. Please refer to page 76. Contractors are expected to maintain their approved Staffing and Personnel Plan.

Can proposers use employees that are cross trained as dispatchers and reservationists?

Please refer to page 76. Contractors are expected to maintain their approved Staffing and Personnel Plan. Please also refer to pages 112-118.

What reservations/scheduling/dispatching software is currently being used by the incumbent?

TripShot/RideCo.

What app is currently being used by the incumbent to provide passenger interfacing technology?

Sun Tran Rider App / Sun Shuttle DAR Passenger App.

Please provide phone reports showing volume by 30-minute increments for a 6-month period.

Call volume is linked to deployment of transit app for scheduling and not necessary for vendor to provide proposal.

Is there currently a second facility provided by the incumbent in Ajo?
a. If yes, please provide the address of this facility.

Yes. There should be two facilities. One in Tucson and one in Ajo.

a. Incumbent’s facility address is not relevant to the current RFP proposal.

How many drivers are currently employed by the incumbent?
a. How many of these drivers hold a CDL license with required endorsements. 

This information is considered proprietary to the current contractor.

What time does the first driver report for work on a weekday?
a. What time does the first driver report for work on a Saturday?

Please refer to pages 112-118 of the RFP Scope of Work.

Are bathroom facilities located at each fixed route start/stop point for drivers to use?

Bathroom facilities are located at most start/stop fixed route points but not all.

Please provide 6 months of historical on-time performance data for all modes of service.

Not relevant to this RFP.

Is the contractor still compensated for passenger no shows and late cancellations?

Revenue miles are only for the distance traveled with a passenger present.

Are any of the current employees represented by a labor union? If yes, please provide:
a. Copies of the current collective bargaining agreement(s)
b. Any TA agreements, side letters, or other documentation that indicates the current agreement parameters with the incumbent contractor
c. The job classifications that participate
d. Contact information for the local union representative

There are no current employees represented by a labor union. 

Please provide the vehicle accident rate and associated penalties assessed by month for calendar year 2024.

Current contractor information is not relevant to RFP proposal.

Please provide the passenger complaint rate and associated penalties by month for calendar year 2024.

Current contractor information is not relevant to RFP proposal.

Please provide the on-time performance per service type with associated penalties by month for calendar year 2024.

Current contractor information is not relevant to RFP proposal.

How many remediation plans were requested in the current contract and how many resulted in remediation penalties?

Current list of remediation plans are not relevant to RFP proposal.

How many traffic citations have been issued to incumbent drivers during the current contract?

Current contractor information is not relevant to new contract.

What is the current driver uniform?
a. What color shirts/pants are presently worn and acceptable? 
b. Does the driver uniform need to display the RTA logo? 
c. Can the driver uniform display the American Flag and/or contractor logo? 
d. Are there any specific requirements for the driver uniform?

Current contractor information is not relevant to new contract. Please reference scope of work for additional information on required uniforms.

Please provide the specifications (make, model, serial number, installation/repair book, etc.) on the cash fare boxes installed in the RTA supplied vehicles.

At this time, Diamond SV Rectangular Farebox w/2 Vaults is used.

Does the new contractor have the ability to adjust subscription-based trips for efficiency purposes?

Yes, within reason (RTA can make adjustments as necessary).

How many multiload opportunities exist?

50% of all trips or more.

How many RTA supplied vehicles are parked at the current secondary facility? 

6 RTA owned vehicles will be located at the Ajo facility.

How many employees report to work each day at the secondary facility? 

There are around 6-7 employees that work each day at the Ajo facility.

Where does vehicle washing take place for the vehicles parked at the secondary facility? 

Local carwash in Ajo.

How are road calls and mechanical issues handled with vehicles parked at the secondary facility? 

Mechanic from Tucson travels to Ajo for repairs or vehicle is towed in for repairs.

Does a mechanic report to the secondary facility to assist drivers with vehicles issues?
a. If yes, does this occur every day?

Mechanics are sent to Ajo when needed. The goal is to have 1 full time mechanic based in Ajo.

Would RTA be open to alternate pricing formats? While fixed route mileage is easier to predict, dial-a-ride mileage has more volatility due to less unknown demand and mileage per trip.

The RTA intends to keep the existing pricing structure for all of the proposed services.

Please provide one year of dial-a-ride trip data to include the number of trips originating by city.

City is already broken out (ADA DAR – Tucson) (Green Valley DAR – Green Valley/Sahuarita) (Ajo DAR – Ajo) (Marana DAR – Marana).

How many revenue and non-revenue vehicles are currently in service, and what are the makes/model of each?

Please reference Appendix I for additional vehicle information. 25 cutaways will be provided. 5 of the oldest vehicles in this list will be removed to be disposed of. 4 of the remaining oldest vehicles will be replaced in the coming months.

What are the three biggest challenges that RTA faces in regard to the services being procured?

Challenge 1: Contractor consistently meeting On-Time Performance and other KPI standards for fixed route services and paratransit services in a service area that is larger than most cities.

Challenge 2: Contractor being able to effectively operate the transit services based in Ajo, AZ.

Challenge 3: Ensuring that there is a clear, consistent, and timely line of communication between the RTA and the contractor for any and all events that impact the quality of service being provided to the region, and that the contractor is fully aware of all aspects of the agreed upon contract/Scope of Work that they will be held accountable for by the RTA.

What are the RTA’s main goals for the next contract term?

The RTA’s goal for this upcoming contract is to hire a contractor that will provide all Sun Shuttle riders with the safest and most reliable and efficient transit service possible. There also needs to be a great working relationship with the RTA on the day-to-day operations of service to ensure that all performance standards are being met and the community is happy with the quality of service being provided.

What does RTA wish to accomplish over the next decade for these services?

The RTA would like to continue to provide the safest, and most reliable fixed route and paratransit service possible to the residents of Pima County. The goal is to hone in and perfect the existing transit services being provided, and then begin thinking of ways in which Sun Shuttle’s transit services can be further enhanced. This will require consistent collaboration with the hired contractor.

Please clarify who certifies passengers for the paratransit services?
a. If this is a contractor responsibility, what are the responsibilities involved with this task?

The City of Tucson ADA eligibility office determines eligibility for paratransit services and communicates that list of eligible passengers with the contractor. It is not the contractor’s responsibility.

Does this RFP represent any significant changes to the current operations?

Information on the current contract is not relevant to the new contract included in the RFP packet.

Will pricing be evaluated based on the year one price only, or will RTA be evaluating and scoring the full contract term cost?
a. Are option years included in the scoring as well?

The RTA will be evaluating and scoring based on the full 3-year contract term costs.

a. The two optional extension years should not be included in the pricing and will not be included in the scoring.

If local, state, or federal governments change the laws, rules, or regulations that affect minimum wages and/or benefits that are mandated for the employees of this contract, and this event was not known at the time of bidding, how will RTA respond to a potential request for increased compensation?

The RTA expects the contractor to meet all local, state and federal laws, rules, and regulations that impact their staff’s wages and benefits, while also being competitive with the public transit agencies in Pima County that provide comparable services. The RTA is willing to negotiate potential compensation wage increases if necessary.

What is the current rate paid to the incumbent contractor?

Current contractor information is not relevant to new contract.

What was the total amount paid to the incumbent contractor for the last two fiscal years (by year)?

Current contractor information is not relevant to new contract.

If vehicles are not replaced according to the estimated replacement plan, would RTA work with contractor on additional maintenance costs?

The RTA will ensure that all RTA provided vehicles are within the proper working conditions described in the scope of work. If any RTA owned vehicles are shown to be unsafe or out of working condition, the RTA will work on replacing those vehicles as soon as possible.

Please clarify the following information for each vehicle in the provided fleet:
a. Make/Model
b. Engine type
c. Fuel type
d. Current odometer reading
e. Seating capacity
f. Average miles per year

The RTA provided vehicles are referenced in Appendix I, these will be all the vehicles provided to the new contractor. 

Will RTA make any vehicles available to an incoming contractor to perform the necessary training during the transition period?
a. If yes, how many and what type? 

The RTA will provide all RTA owned vehicles to the incoming contractor on day 1 of the new contract.

Please provide all bidders with the history of major component replacement and repair for the provided fleet over the past 12 months.

Information on RTA provided vehicles will be provided before start of new contract if needed. Any maintenance issues will be fully resolved before vehicles are transferred.

Would RTA consider waiving all liquidated damages for the first six months of operation in the event a new contractor is selected?

The RTA waives all liquidated damages and performance disincentives for the first month of operation. All liquidated damages and performance disincentives will begin day 1 of the 2nd month of service.

Please provide the number of vehicles used at peak time. If this information is available by day of week, please provide it in that format.

There are typically 14 fixed route vehicles in service and 43 paratransit vehicles in service during peak hours of operation during the work week. There are usually 3-4 fixed route vehicles on Saturdays and 8-11 paratransit vehicles on Saturdays and Sundays.

How would the RTA like to receive start-up costs? In an effort to get an “apples to apples” comparison with all bidders, we would recommend having those costs separate, as the incumbent would not have any start-up costs

Yes, separate start-up costs must be shown as part of fixed costs.

Please provide the following call statistics, by call function (reservations, where’s my ride, etc.) by day of week if possible:
a. Call volume (broken out by language)
b. Average speed to answer
c. Average handle time

The average speed to answer is considered proprietary information of the current contractor.

b/c. Average speed and handle time is considered the proprietary information of the current contractor.

Please provide a copy of the current contract for each incumbent contractor for these services.

This is a new RFP, and the previous contracts are not relevant.

Please provide copies of the prior 12 months of invoices supplied to RTA by the incumbent.

This is a new RFP, and the previous contracts are not relevant.

Please provide all bidders with copies of the last three months of monthly management reports.

This is a new RFP, and the previous invoices or management reports are not relevant.

Please provide numbers for total staff employed by the current contractor by job category, or an organizational chart outlining these positions. For any shared or non-dedicated positions, please indicate the percentage dedicated to the current contract.

Past contractor information is not relevant to new contract.

As our company would like to retain as many of the current employees as possible, please provide a current staff list with seniority date, full or part-time status, and pay rate. Names can be stricken to protect privacy (i.e. Driver1, Dispatcher1, Dispatcher2, etc.).

This is a new RFP, and the previous contracts are not relevant. A transfer process of employees will be possible before new contract start date.

In order to ensure that none of the current employees go backwards in benefits should a transition occur, please provide information regarding the current rates/benefits for employees.  Please include specific information such as a rate sheet regarding co-pays, dependent coverage, and amount of the premium paid by employer.

This is a new RFP, and the previous contracts are not relevant.

Please explain if there have been any challenges due to the incumbent contractor having driver shortages.

At the regional level, there are some challenges hiring and retaining drivers, but there are always willing driver applicants if the wages, benefits, and work environment are sufficient.

What is the current level of complaints per 1,000 boardings for each of the service types provided?
a. What is the average level of complaints per 1,000 boardings per year for each of the past three years? 

Past contractor information is not relevant to new contract.

What is the current on time performance for each of the service types provided?
a. What is the average on time performance per year for each of the three past years?

Past contractor information is not relevant to new contract.

Please provide the amount of liquidated damages that were charged to the current contractor for each month over the past year, specified by category or type.

Past contractor information is not relevant to new contract.

One of the biggest challenges in the industry is driver retention and recruitment. In an effort to minimize turnover and maximize the passenger experience, would RTA be open to including a minimum wage that all bidders must comply with? Based on prior research, the living wage in the local area is just over $20.00.

Vendors can propose what they believe is equitable for CDL drivers and support staff positions.

Will the RTA please consider conducting a second Q&A period to allow bidders to ask follow-up questions?

No. Time is of the essence and the selection process must proceed.

Please confirm that the current plan is to award this contract no later than June 1, 2025 for a July 1, 2025 contract start date.
a. If yes, this only allows for a 30-day implementation period, which is difficult if the selected vendor must secure vehicles and one or more facilities. Will the RTA please consider extending the implementation period to 60 or 90 days to allow enough time to secure all needed vehicles and facility(ies) and to ensure a smooth transition with minimal disruption to the services and customers?

Yes. This is correct.

a. Not at this time. However, the RTA reserves the right to adjust implementation period to ensure seamless transition if warranted at a later time.

Please provide the current driver run cut.

Information not available.

How many total drivers are needed to meet demand?

At this time, there should be approximately 60 drivers to meet demand for paratransit service, and approximately 29 drivers for fixed route service. However, this may vary depending on the efficiency of the contractor’s operations.

Please confirm that there is no DBE goal with this contract.
a. If so, who do they partner with and for what purposes?
b. What is the incumbent’s percentage of participation with DBEs?

Please refer to page 167. DBE Goal: The Department has not established contract goals for DBE participation in this contract. Please refer to page 168. Proposers may obtain additional information at the AZ UTRACS website or by contacting BECO. Please also refer to page 74, Section 1.30 REQUIRED DISADVANTAGED BUSINESS ENTERPRISES CONTRACT CLAUSES and Appendix O.

Please provide a comprehensive, consolidated list of the technology and equipment RTA will provide for this contract in the new term? Please include brand names as applicable.

Information available in RFP. RFP Language is correct as written.

Please provide a comprehensive, consolidated list of the technology and equipment RTA requires the contract to provide for this contract in the new term?

Information available in RFP. RFP Language is correct as written.

LABOR: Are the current drivers/employees part of a labor union? If yes, for which service, and please provide the contact’s name and number for the union representative. Please provide the Collective Bargaining Agreement (CBA) (if applicable). Including any applicable amendments and Memorandum Of Understanding.

The current drivers/employees are not part of a labor union. 

1.12.1 RTA- Provided Vehicle Fleet: Please confirm the total number of contractors provided revenue vehicles in service currently. What type and number of support vehicles are currently provided by the current contractor?

Please reference Appendix I in the RFP Packet to view all RTA provided vehicles. 25 cutaways will be provided. Five (5) of the oldest vehicles in this list will be removed to be disposed of. Four (4) of the remaining oldest vehicles will be replaced in the coming months.

1.12.1 RTA- Provided Vehicle Fleet: Please confirm the total number of RTA provided revenue vehicles.

There will be 25 cutaways provided to the contractor to be used for all non-paratransit service. 

1.28 Term of Agreement: Please confirm the base period of the contract term is from July 1, 2025, through June 30, 2028.

The base period of the contract is 3 years that begins July 1, 2025, and ends June 30, 2028.

LABOR: Please provide a current organizational chart or listing of positions that are being provided for this contract by the current contractor. Please indicate the percentage that these positions are dedicated to this contract.

The current contractor’s organizational chart and staffing plan are not relevant to this RFP proposal.
Appropriate staffing levels for both fixed route and paratransit and a method for providing emergency or back-up drivers are determined by the incumbent and outlined in their staffing plan.

Bonding: Please confirm that the performance bond is the only bond required to be submitted with the proposal.

The performance bond is the only bond required to be submitted with this proposal. 

Staffing: Please confirm the required management staff positions that are to be named in the proposal.

General Manager, Operations Manager, Maintenance Manager, Safety and Training Manager, and Call Center Manager.

General/Software: What CAD/AVL software is RTA currently using for its Fixed Route Services, and what issues (if any) does RTA have with the CAD/AVL software currently in place?

TripShot/Swiftly.

General/Software: What scheduling, reservations, & dispatch platform is RTA currently using for its Dial-A-Ride and Optional ADA Services, and what issues (if any) does RTA have with the scheduling, reservations, & dispatch platform that is currently in place?

RideCo.

Page 24, 1.5.2 Sun Shuttle Dial-A-Ride Fares: This section states “All fares for Complementary ADA and Optional ADA trips shall be collected electronically when a trip is scheduled before the actual trip itself. Currently, vouchers are in place for this system, but a voucherless system is to be implemented at the beginning of this contract. It will be the responsibility of the CONTRACTOR to propose a system to accommodate this improvement.” Can RTA please clarify whether the Contractor is responsible for providing a temporary solution for collecting electronic payments until the voucherless system is implemented, or if the Contractor is expected to provide and implement the voucherless system itself at the beginning of the contract?

No fares are being collected from any of the RTA’s services at this time. There is no planned date for the reimplementation of fares at this time. RTA will work with the contractor on vendors/equipment if fares are scheduled to be reinstated again. 

Page 27, 1.7.2 Service Recommendations: Can RTA please confirm if runcuts are required to be provided in a specific format for review and approval? If so, could you specify the format that is preferred or required by the RTA?

There is no specific format for any provided run cuts. 

Page 33, 1.9.7 Complaint Grievance Procedure: Can RTA please clarify if the customer feedback option in the Sun Shuttle app is required to integrate directly with the complaint database that the Contractor is to provide, or if the Contractor is only required to access the customer feedback and manually enter it into the database?”

It is required to integrate directly.

Page 34, 1.10.1 Administration, Operations and Maintenance Facility: This section states “The facility must be equipped with hardware that can communicate with onboard Genfare Fast Fare-e (FFe) equipment.” Is RTA able to provide a list of vendors/equipment that can communicate with the onboard Genfare Fast Fare-e (Ffe) equipment?

No fares are being collected from any of the RTA’s services at this time. There is no planned date for the reimplementation of fares at this time. Contractor can work with the vendor on vendors/equipment if fares are scheduled to be reinstated again. 

Page 41 and 42, 1.12.1 RTA-Provided Vehicle Fleet and 1.12.2 Contractor-Provided Vehicle Fleet: This section states “The CONTRACTOR shall provide a video camera system for use on the vehicles for the purpose of monitoring safety.” Please, confirm this refers to a passenger facing video camera system. If so, please provide RTA’s required specifications for the video camera system. (i.e., camera definition, storage capacity, quantity of cameras, placement of cameras, required archive times, etc.)

Passenger-facing camera systems are one example of a video camera system for use on the vehicles for the purpose fo montitoring safety.  

Can startup costs be shown separately from the year 1 rate on the cost proposal? Can startup costs be reimbursed at the end of the startup period?

Yes. Startup costs would be part of fixed rate cost pricing over the term of the contract.

Please confirm the revenue definition for this contract. Is it gate to gate including all hours from the time a vehicle leaves the garage and returns to the garage or is it first pickup to last drop off?

Fixed Route revenue miles are all miles driven that exclude the distance from the yard to the first stop and the last stop back to the yard. Dial-a-Ride revenue miles are all miles driven where a passenger is being transported to or from a destination. Miles incurred while driving longer routes or while not transporting customers will not be reimbursed. 

Please provide copies of the current contracts in place for this service including any amendments.

This is a new RFP and sample contract has already been provided. 

Please provide invoices for the last 12 months.

This is a new RFP and previous invoices are not relevant for this RFP.

What is the current driver’s average wage?

Prior Contract information not relevant to new contract.

Please provide a listing of current employees with pay rates and seniority. Please include any vacancies.

Information regarding current contractor is not relevant to new contract.

Please provide details of current benefits offered to employees (medical, dental, retirement, etc.) with current rates and participation.

Information regarding current contractor is not relevant to new contract.

Does 5333(b) of Title 49, regarding Transit Labor Protection (formerly Section 13(c) apply to this contract? If so, please provide a copy of the letter of certification from the U.S. DOL to FTA applicable to the FTA Recipient’s project for which Federal assistance is provided to support work on the underlying contract.

RTA is not a direct recipient of federal funds for services identified in this RFP.

For DAR, please clarify the number of vehicles used in revenue service by day of week, peak service, miles, and a number of buses in service at these times.

There are typically 14 fixed route vehicles in service and 43 paratransit vehicles in service during peak hours of operation during the work week. There are usually 3-4 fixed route vehicles on Saturdays and 8-11 paratransit vehicles on Saturdays and Sundays. 

Please provide the daily DAR manifests for a one-month period of time or a daily report from the scheduling system for a one-month period of time showing all DAR trips including:
Pick Up Longitude
Pick Up Latitude
Pick Up Address or Location
Drop Off Longitude
Drop Off Latitude
Drop Off Address or Location
Distance of the Trip
Scheduled Time
Pickup Time
Requested Dropoff Time
Personal Care Assistant
Mobility Aid / Equipment (Space Type)
Capacity Types
Total Number of persons on board
Cancelled Trips
Performed Trips
Cancellation Types

Information regarding current contractor that is not relevant to new contract.

Please provide the make, model, year, capacity, fuel type, mileage, and estimated replacement date for vehicles (by type, by year)

The RTA provided vehicles are referenced in Appendix I, these will be all the vehicles provided to the new contractor. Five (5) of the oldest vehicles in this list will be disposed of in the coming months. 

At the issuance of the RFP for the current contract that is in effect, what were the projected vehicle revenue miles vs the actual billable miles for each year of the current contract term?

Prior contract information is not relevant to new contract.

Will vehicles be made available for startup and training purposes?

RTA provided vehicles will be made available on day one (1) of the new contract date. 

Please provide trip volume and revenue miles, deadhead, and total miles for the last 3 years, by route or type of service.

One year values available in RFP Tables.

Please provide the daily Weekday, Saturday, and Sunday revenue miles for each service.

Available in RFP Tables by monthly values. 

Please provide the Weekday, Saturday, and Sunday pullouts and peak vehicles for each service.

There are typically 14 fixed route vehicles in service and 43 paratransit vehicles in service during peak hours of operation during the work week. There are usually 3-4 fixed route vehicles on Saturdays and 8-11 paratransit vehicles on Saturdays and Sundays. 

Please provide a listing of any liquidated damages charged or incentives earned over the past 12 months. Please clarify if the liquidated damages listed in the RFP differ from the current contract.

Current contractor finance information is not relevant to the new contract.

Does the Agency/Authority/District approve of using their logo in the bid response?

The RTA will need to approve the logo on all revenue vehicles. 

Compensation: At various times, federal, state, and local governments consider laws, rules and regulations that require an increase to wages or benefits mandated for the employees that will be employed under this contract. If such an event occurs during the term of the agreement, how will the agency respond to an application for increased compensation?

If federal, state or local regulations change directly to affect submitted pricing, RTA will negotiate with service provider to adjust contract compensation as necessary.

Incumbent: Please provide copies of the last three months of management reports from the contractor for this contract.

Current contractor information is not relevant to new contract.

Revenue: Please provide a copy of the current pull-out and return-to-yard times for each of the routes.

Current contractor information is not relevant to new contract.

Performance Standards: Who certifies riders for the paratransit services? If this is the responsibility of RTA or a third-party firm, please describe the process of coordinating this data with the contractor. If this is a responsibility of the contractor under this agreement, please describe the responsibilities involved with this item.

The City of Tucson’s ADA Paratransit Eligibility Office determines the ADA Paratransit Eligibility for riders and is not the responsibility of the contractor.

Performance Standards: Please clarify if billable time begins at the first pick-up, even if that pick up is a no show.

Billing is on a per mile basis only for mileage logged for completing a trip with a passenger onboard.

Runcut: For the Sun Shuttle services, please provide the current block paddles, operator paddles, headway reports, and operator weekly roster schedule for the Sun Shuttle service., on the operator roster schedule, please include all bid and open runs, and the total hours for each operator per week. Regarding the fixed route and express vehicle blocking, are the blocks subject to manipulation? For example, would the RTA permit interline deadheading in order to possibly reduce the peak vehicle requirement?

Runcut details referenced in the provided question are not relevant to this RFP proposal.

The RTA may permit interline deadheading if this option clearly demonstrates improved efficiency and service costs.

DBE: Please verify that there is no Disadvantaged Business Enterprise goal established for this contract and that a good faith effort is not required.

Please refer to page 167. DBE Goal: The Department has not established contract goals for DBE participation in this contract. Please refer to page 168. Proposers may obtain additional information at the AZ UTRACS website or by contacting BECO.  Please also refer to page 74, Section 1.30 REQUIRED DISADVANTAGED BUSINESS ENTERPRISES CONTRACT CLAUSES and Appendix O.

Are phone recordings and reporting required? Additionally, is there a need for TDD/TTY?

Please refer to pages 45-47. Section 1.12.17 Telecommunication, Computer and Software Requirements. 

Outreach Bid Package, SUBMITTAL PROCESS, pg. 1: This section states that bidders are to submit one original and 1 USB. The RTA’s site, https://rtamobility.com/who-we-are/rfp-rfq, states that bidders are to submit 10 copies. Would RTA consider allowing bidders to submit the proposal response electronically? If bidders are required to send in hard copies, please confirm how many copies are due for the response. 

Refer to Addendum 1.

Will contractors be subject to liquidated damages if delays are beyond the contractor’s control? 

No. Documented force majeure events, inclement weather and/or detours will not be assessed against the OTP standards.

Page 129 gives the RTA the ability to cancel the contract with 10 days’ notice if RTA determines that it is in its own best interest. This gives RTA the right to terminate for any reason. Will RTA consider eliminating this reason for termination or agreeing to pay for reasonable shut down costs? 

No.

Does RTA want to allow same day changes or bookings? We would only accommodate same day bookings/changes if we had capacity. This can be a good way to fill in holes in service and make it more efficient. Same day bookings/changes would not be guaranteed.

Yes.

Is the contractor compensated for no-shows? Are there any disincentives to the passenger for excessive no-shows?  

Dial-a-Ride revenue service is only for miles where a passenger is being transported. Riders are given a warning notice if 8% of their trips are no-show. They will be provided with a 30-day suspension letter when they reach 10% no show trips. 

Will there be an opportunity to inspect the buses prior to bid submittal?

An inspection of RTA-owned vehicles can be coordinated if needed. 

What is the current turnover rate for drivers?

This information is considered proprietary to the current contractor.

Is the RTA responsible for cost associated with repairing or replacing major components for RTA owned vehicles?

The RTA is responsible for replacing RTA owned vehicles when needed, but all repairs are the responsibility of the contractor. 

Please provide copies of the last three months of management reports and invoices from the Contractor for this contract and any amendments the contract or service.

Current contractor information not relevant to new contract.

In the next 12 months what are the three most important things the RTA wants to accomplish/change/improve. with the service?

The RTA’s goal for this upcoming contract is to hire a contractor that will provide all Sun Shuttle riders with the safest and most reliable and efficient transit service possible. There also needs to be a great working relationship with the RTA on the day-to-day operations of service to ensure that all performance standards are being met and the community is happy with the quality of service being provided. Additionally the RTA would like the contractor to consistently meet On-Time Performance (OTP) and other KPI standards for fixed route services and paratransit service in a service area that is larger than most cities, be able to effectively operate the transit services based in Ajo, AZ, ensure that there is a clear, consistent, and timely line of communication between the RTA and the contractor for any and all events that impact the quality of service being provided to the region, and that the contractor is fully aware of all aspects of the agreed upon contract/Scope of Work that they will be held accountable for by the RTA.

Please provide the last 24 months of assessed liquidated damages/disincentives and or incentives by category and service type.

Current contractor information not relevant to new contract.

Can you provide a wage chart, seniority, and benefits for all positions.

Current contractor information not relevant to new contract.

Can you provide a detailed health benefits plan including premiums, deductibles, and participation rates for the current plan.

Current contractor information not relevant to new contract.

The RFP’s website (https://rtamobility.com/who-we-are/rfp-rfq/) states, “Ten copies shall be delivered to Pima Association of Governments.” Appendix N, however, states that only five copies should be submitted. Appendix N also mentions electronic PDF submissions. Please clarify the agency’s desired submission format and quantities. Will the agency allow for electronic submissions only instead of hard copies?

Refer to Addendum 1.

How many revenue service vehicles will be provided by the RTA – the document references different numbers (23, 25)?

There will be 25 RTA provided vehicles for non-paratransit service.

The requirement for bike racks that accommodate a minimum of two bicycles – is it for the vehicles provided by the RTA only or for the vehicles provided by the contractor as well?

This is only for RTA provided vehicles. Paratransit vehicles do not need bike racks. 

What are the main changes that the RFP introduces compared to the exisitng service, in terms scope, performance standards, fleet and vehicle requirements, maintenance, technology, payment systems, reservation, elegibility, reporting, etc…?

Information related to the current contract is not relevant for this RFP proposal. 

What is the likelihood that the contract be transferred from the RTA to a different public agency?

Unknown at this time. 

What are the risks associated witht he potential transfer to a different agency in the event the RTA Plan and associated taxing authority are not extended? Could the contract be terminated by the new agency in charge of the contract?

Unknown at this time. 

Can you clarify the terms of the agreement, especially the terms of the option years? The document states that “the contract may be extended up to two additional years”? Is it two single-year options, or a one-time 2 year option?

The initial term of the proposed contract is for 3 years with the possibility of two optional extension years that will be negotiated on an annual basis. These optional years need to be mutually agreed upon by both parties. 

Can you clarify the Funding Contingency section as it relates to the right of the RTA to terminate the agreement at the end of any contract year? How do you define a contract year? Can the RTA terminate the contract at the end of Year 1 of the 2-year term?

Funding is determined annually based on the RTA fiscal year budget that covers expenses July 1-June 30. Contract year is defined in contract document. Example contract included in SOW is an example only.  Yes, RTA can terminate contract with due notice.

Can you confirm if there are any changes in expected service levels (e.g., number of trips, service hours, or fleet composition) compared to the existing contract?

There may be a gradual uptick in paratransit ridership in the coming years. Fixed route services should largely remain the same, with the possibility of moderate route and schedule adjustments.

What flexibility do we have in modifying service parameters, such as adjusting fleet size or re-routing for efficiency?

There needs to be mutual collaboration and agreement between the RTA and the contractor before any service changes are made to either fixed route or dial-a-ride service. The RTA is willing to work with the contractor on modifying service if it improves efficiency and benefits riders. 

Appendix C shows 3 years of pricing (Year 1, 2 and 3) and page 83 of the documents states that the “evaluation of the award will be based on aggregate pricing for years 1-3 of contract. Pricing for optional years 4 and 5 will be negotiated upon the renewal of the contract term”. Can you confirm the terms of the future contract? 

These terms are accurate. Pricing for this proposal should only be for the first 3 years of the contract. Pricing will be negotiated on an annual basis for the two extension years at a later date. 

If it is confirmed that the future contract terms are for a 2-year agreement, should we use a different pricing template and submit pricing for Year 1 and Year 2 only?

Pricing should be provided for the initial 3-year term of the contract. 

Should pricing for the Option years be included in our proposal?

Option years should not be included in proposal. 

Could the pricing sheet be provided in Excel format?

Yes. RTA will provide an excel document of the pricing sheet. 

The RTA operates its programs without regard to race, color and national origin in compliance with Title VI of the Civil Rights Act. We invite you to complete our voluntary self-identification survey (English/Spanish). If you need translation assistance, please call (520) 792-1093 and ask for Zonia Kelley. Si necessita ayuda con traducción, llame por favor al (520) 792-1093 y comuníquese con Zonia Kelley.